Parts for Redesign and Replacement of VSS Camera Units
ID: 70Z03324QBASEA077Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE SEATTLE(00033)SEATTLE, WA, 98134, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

VIDEO RECORDING AND REPRODUCING EQUIPMENT (5836)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide parts for the redesign and replacement of Video Surveillance System (VSS) camera units at Sector Columbia River in Portland, Oregon. The procurement focuses on AXIS Communications brand parts, which are essential for maintaining compatibility with existing security infrastructure and minimizing additional costs associated with alternative products. This acquisition is critical for ensuring the effectiveness and reliability of the Coast Guard's surveillance capabilities. Interested vendors must submit their quotes by the specified deadline to Thomas Gresham at thomas.j.gresham@uscg.mil, referencing solicitation RFQ number 70Z03324QBASEA077, with a total estimated contract value of approximately $63,780.62.

    Point(s) of Contact
    Files
    Title
    Posted
    This document provides a justification for a sole-source procurement under the Simplified Acquisition Procedures for the U.S. Coast Guard Sector Columbia River. The justification outlines the need for specific supplies from the brand "Axis Communication" to update the facility's security systems, which includes cameras, audio-visual alerts, software, and other accessories. The contracting officer explains that these supplies are necessary due to their unique integration capabilities with existing system infrastructure, permitting self-installation and reducing additional costs associated with alternative brands. The document emphasizes that while multiple sources exist for purchasing these supplies, only "Axis Communication" can fulfill the unique requirements of the current system without extensive modifications to infrastructure. It includes details on market research conducted, confirming the necessity of this sole-source acquisition, as well as the rationale behind not pursuing full and open competition. The signatures of the responsible customer and contracting officer indicate approval of the justification provided, with a total estimated cost of $63,780.62.
    The U.S. Coast Guard Sector Columbia River is seeking to procure Axis Communication parts for the redesign and replacement of VSS camera units. This procurement is justified under FAR guidelines as Axis Communication is the only source capable of providing the necessary, specialized security system compatible with the existing infrastructure. The use of Axis products is essential due to their compliance with C5I network security requirements and ease of self-installation by personnel. Alternatives would incur higher costs due to required modifications of the current system, impacting both supplies and infrastructure. The delivery location for this procurement is designated as Sector Columbia River in Portland, Oregon, with SK1 Thomas Gresham serving as the point of contact for the government. This document outlines the necessity of maintaining system compatibility and minimizing additional expenses in the procurement of critical security equipment.
    The U.S. Coast Guard Sector Columbia River is seeking to procure AXIS Communications parts for the redesign and replacement of its Video Surveillance System (VSS) camera units. This procurement is justified under FAR 16.505 as only AXIS products can meet the security requirements and compatibility with existing systems without incurring significant additional costs related to infrastructure modifications. The specified equipment includes various camera models, recording devices, audio-visual alert systems, security radars, and necessary accessories. Delivery is to be made to the Sector Columbia River in Portland, Oregon, with communication directed to SK1 Thomas Gresham as the point of contact. This effort underscores the Coast Guard's commitment to maintaining a secure and efficient surveillance system while minimizing operational disruptions and costs associated with integrating alternative products.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Purchase and installation of additional and replacement cameras to the existing Internet Protocol (IP) Video Surveillance System (VSS)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security is seeking qualified contractors for the purchase and installation of additional and replacement cameras for the existing Internet Protocol (IP) Video Surveillance System (VSS) at the Limbaugh Federal Courthouse in Cape Girardeau, Missouri. The project involves upgrading from outdated analog cameras to newer technology IP cameras, integrating a Network Video Management System (NVMS), and ensuring the system can monitor various security aspects while retaining video for a minimum of 30 days. This procurement is critical for enhancing security measures at federal facilities, with a contract performance period from October 1, 2024, to September 30, 2029, and options for maintenance services in subsequent years. Interested vendors must submit proposals by September 19, 2024, and can direct inquiries to Angela Varlow at Angela.Y.Varlow@fps.dhs.gov or Adam L. Reynoso at adam.l.reynoso@fps.dhs.gov.
    Industrial Videoscope System Kits
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the procurement of Industrial Videoscope System Kits. This opportunity involves a requirements contract for one base year and up to four option years, focusing on brand name or equal items from Evident Scientific Inc., with specific models and salient characteristics detailed in the solicitation. The videoscopes are critical for inspection and analysis in various operational environments, ensuring compliance with military standards for durability and functionality. Interested vendors must submit their quotations by September 20, 2024, with questions due by September 13, 2024, and can contact William Swinson II or William P. Morris via email for further information.
    70Z04024Q52221B00
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of specific Original Equipment Manufacturer (OEM) parts from Volvo Penta of the Americas, LLC, under solicitation number 70Z04024Q52221B00. The required items include a Transom Shield (Part Number 22865044) and an Outdrive (Part Number 21766684), with quantities of 9 and 10 units needed, respectively, to support the operational readiness of Coast Guard vessels. This procurement is critical for maintaining the functionality and safety of marine equipment, emphasizing the importance of compliance with military packaging and labeling standards. Interested vendors must submit their quotes by September 20, 2024, at 1:00 PM EDT, to the designated contacts, Derrell L. Green and Andrew D. Kropkowski, with payment processed within 30 days following inspection and acceptance of the delivered items at the Baltimore warehouse.
    VIDEO EQUIPMENT 21ST SIGNAL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a Firm Fixed-Price contract to acquire a Video Surveillance System (VSS) for the Gateway Telecommunications Center at Fort Detrick, Maryland. The procurement aims to enhance security through the installation of advanced video cameras, switches, recorders, and mounting hardware, incorporating features such as motion detection technology and 30-day footage retention. This initiative underscores the government's commitment to improving security measures while fostering opportunities for small businesses, as the solicitation is set aside for total small business participation. Interested offerors must submit their proposals by 09:00 AM on September 19, 2024, and can direct inquiries to Rhonda K. Gill at rhonda.k.gill.civ@army.mil or by phone at 520-692-1529.
    CYLINDER, STEERING
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of 200 steering cylinders, classified under NSN 3040-20-009-3986, as part of a combined synopsis/solicitation. These parts are critical for the operation of U.S. Coast Guard small boats, and only genuine OEM parts from SEASTAR SOLUTIONS or their authorized distributors will be accepted, as the government does not possess the proprietary data for these components. Interested vendors must submit their quotes by September 20, 2024, and ensure they are registered in SAM.gov prior to submission; for further inquiries, they can contact Kimberly J. Wooters at kim.j.wooters@uscg.mil or by phone at 410-762-6508.
    Repair of ICS Control Audio Panel, Interface Control Unit, and Low Profile Control Audio Panel
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking to procure repair services for critical communication components of the MH-60T and MH-65 aircraft, specifically the ICS Control Audio Panel, Interface Control Unit, and Low Profile Control Audio Panel. The procurement is intended to ensure operational safety and system integrity, with repairs to be conducted in compliance with Original Equipment Manufacturer (OEM) standards, as Telephonics Corporation is the sole source for these components. The contract will span a base year with two optional one-year extensions, totaling approximately $3.9 million, and is crucial for maintaining the operational readiness of USCG aircraft. Interested vendors must submit their quotations by October 21, 2024, at 2:00 PM Eastern Daylight Time, with inquiries directed to Steven Levie at steven.a.levie@uscg.mil.
    Landscaping Services at Base Astoria and Tongue Point
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide landscaping services at Base Astoria and Tongue Point in Oregon. The procurement includes tasks such as leaf and needle cleanup, weed spraying, and general landscaping maintenance, with specific requirements outlined in the Statement of Work. These services are essential for maintaining the aesthetic and operational standards of the facilities, ensuring compliance with security protocols. Interested small businesses must submit their quotes by 2:00 PM (PDT) on September 19, 2024, to Thomas Gresham at Thomas.J.Gresham@uscg.mil, referencing solicitation number 70Z03324QBASEA128. The contract will be awarded based on the Lowest Price Technically Acceptable criteria, and compliance with federal wage determinations is required.
    VALVE ASSY, DIRECTIONAL CONT
    Active
    Homeland Security, Department Of
    The U.S. Coast Guard is seeking quotes for a firm-fixed-price contract to procure five directional control valve assemblies. These valves, manufactured by Appleton Marine Inc., are required for SB230-42 cranes and must adhere to specific packaging standards. The Coast Guard emphasizes that only authorized distributors of Appleton Marine Inc. will be considered, and these distributors must include a letter confirming their status within their quotes. The successful vendor will be responsible for delivering the valve assemblies by the deadline of September 15, 2024, packaged according to military standards and labeled as specified. The cost of shipping to a designated location in Maryland must be included in the quoted price. The government reserves the right to reject substitutions without approval and mandates strict compliance with packaging and marking requirements. Prospective vendors must register in the System for Award Management (SAM) and submit their quotes by the deadline, including the requested information outlined in the solicitation. The award will be based on factors such as price, delivery capabilities, and compliance with the rigorous packaging and labeling requirements. This opportunity is a Total Small Business Set-Aside, and the government encourages all responsible small businesses to submit quotes. The contact details for the procurement point of contact are provided in the solicitation document for any clarifications or further information required. The associated files emphasize the regulatory framework surrounding the procurement, outlining numerous clauses that will be integrated into the contract. This includes adherence to labor laws, anti-discrimination policies, and national security protocols. Additionally, the files highlight the government's right to inspect and test the supplies, ensuring compliance with the stringent requirements for merchantable products. Potential vendors should carefully review the solicitation document and ensure they can comply with the detailed packaging and delivery specifications. The focus on compliance and accountability suggests a thorough evaluation process, with the government prioritizing thoroughness and precision in the awarding of the contract.
    Camera
    Active
    Homeland Security, Department Of
    The U.S. Department of Homeland Security (DHS), through the Immigration and Customs Enforcement (ICE) Office of Acquisition Management, intends to procure cameras from a single source, ShaiderTech, located in Fairfax, VA. This procurement is being conducted under FAR Part 13, Simplified Acquisition Procedures, due to the unique capabilities and proprietary nature of ShaiderTech's products, which are deemed essential for the DHS's operational needs. This notice serves informational purposes only and does not constitute a request for quotes (RFQ), with the Contracting Officer retaining discretion over the decision not to compete the contract. For inquiries, interested parties may contact Wes Ransom at Wesley.Ransom@ice.dhs.gov or by phone at (469) 858-1668.
    KIT, REPAIR PARTS
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Surface Forces Logistics Center (SFLC), is soliciting quotes for a repair parts kit identified by NSN 2030 01-485-7209, with a required delivery date of January 31, 2025. Vendors are expected to provide a total of 15 units, adhering to strict military packaging specifications, and must include all costs, including shipping to Baltimore, MD, in their quotations. This procurement is crucial for maintaining operational readiness and ensuring the availability of necessary repair parts for Coast Guard operations. Interested vendors must submit their quotes by September 18, 2024, and ensure they are registered in the System for Award Management (SAM) prior to award; for further inquiries, contact Gina Baran at gina.m.baran@uscg.mil.